C-5 Hump Panel Kits
Note: There have been new actions to this contract opportunity. To view the most recent action, please click here.
Looking for contract opportunity help?
APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.
APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.
The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).
General Information
- Contract Opportunity Type: Solicitation (Updated)
- Updated Published Date: Aug 20, 2024 09:10 am EDT
- Original Published Date: Aug 07, 2024 10:03 am EDT
- Updated Date Offers Due: Sep 16, 2024 05:00 pm EDT
- Original Date Offers Due: Sep 09, 2024 05:00 pm EDT
- Inactive Policy: 15 days after date offers due
- Updated Inactive Date: Oct 01, 2024
- Original Inactive Date: Sep 24, 2024
- Initiative:
- None
Classification
- Original Set Aside:
- Product Service Code: 1560 - AIRFRAME STRUCTURAL COMPONENTS
- NAICS Code:
- 336413 - Other Aircraft Parts and Auxiliary Equipment Manufacturing
- Place of Performance: Warner Robins , GA 31098USA
Description
The C-5 Program Management Office has a requirement that is for a firm-fixed price contract fto assemble/provide and build parts kits to support a C-5 Super Galaxy aircraft modification for fairing structure over a wing splice in accordance with USAF drawings and technical data which will be provided upon contract award. These services include the acquisition, organizing, and kit building as described herein. The kit shall include parts identified by NSN and as authorized by C-5 Super Galaxy Technical Data and non-stocklisted parts. Non-stocklisted parts will be provided by the Government at no cost to the contractor, prepackaged and delivered to the contractor. The kit shall include approximately 3,000 small aerospace qualified screws, fasteners and hardware, approximately 8 sheets of primed phosphoric anodized aluminum sheet 0.032 thickness by approximately 8 ft by 2 ft. All anodizing shall be in accordance with BAC 5555, “Phosphoric Acid Anodizing of Aluminum for Structural Bonding”, latest revision. Priming and storage of all PAA material shall be in accordance with BAC 5514-589, “Application of Corrosion Inhibiting Adhesive Primer”, latest revision. Disposable NSNs include materials necessary to accomplish sealant bonding in accordance with C-5 Super Galaxy technical data.
Delivery is FOB Destination with shipments in the continental United States. This requirement will be solicited as a Total Small Business Set-Aside. All responsible sources may submit a quotation which shall be considered by the agency. The Government will utilize the Past Performance Information Retrieval System (PPIRS), Excluded Parties List System (EPLS), and other Government databases to determine contractor status before evaluating proposals. Proposals will be evaluated based on the criteria stated in the RFQ. All data for this system is considered EXPORT CONTROLLED. If you desire to obtain a copy of the RFQ, your emailed request must be submitted to caroline.thrower@us.af.mil and Benjamin.morris.6@us.af.mil. Proposals are due by 16 Sep 2024 by 5:00 PM EST.
Attachments/Links
Contact Information
Contracting Office Address
- CP 478 926 0055 235 BYRON ST BLDG 300 STE 19A
- ROBINS AFB , GA 31098-1670
- USA
Primary Point of Contact
- Caroline Thrower
- caroline.thrower@us.af.mil
Secondary Point of Contact
- Benjamin Morris
- Benjamin.morris.6@us.af.mil
History
- Sep 03, 2024 08:58 am EDTSolicitation (Updated)
- Aug 20, 2024 09:10 am EDTSolicitation (Updated)
- Aug 07, 2024 10:03 am EDTSolicitation (Original)